Opportunity

SAM #W50SLF26X1BPS

Indoor Firing Range Modernization for Hawaii Air National Guard

Buyer

Army National Guard

Posted

May 12, 2026

Respond By

May 22, 2026

Identifier

W50SLF26X1BPS

NAICS

811310, 238220, 238290, 238210, 541330, 561210

The Hawaii Air National Guard is seeking market research responses for the modernization of its indoor firing range at Joint Base Pearl Harbor-Hickam. - Government Buyer: - W7M4 USPFO ACTIVITY HIANG 154 (Hawaii Air National Guard), Kapolei, Hawaii - OEMs and Vendors: - Pulsar Target 300 (referenced as a performance standard for target system and control computer) - Products/Services Requested: - Inspection and repair of the existing roof - Furnishing and installation of six rooftop-mounted HVAC package units with associated ductwork and air handling systems - Removal and disposal of replaced systems and equipment - Upgrade of facility lighting to energy-efficient, dimmable LED with centralized master controls - Replacement of the target retrieval system with a new wireless, self-propelled, 360-degree turning target system for 12 lanes (equal to or greater than Pulsar Target 300) - Provision of a new master control computer with wireless tablet for synchronized control (equal to or greater than Pulsar Target 300) - Quarterly maintenance inspections and repair for a base period of 12 months plus four 12-month option periods - Unique/Notable Requirements: - All new equipment must be fully compatible and able to integrate seamlessly with the existing prefabricated modular range system - Engineered solutions specifically for indoor firing range environments - No specific part numbers or purchase quantities provided - Place of Performance: - Joint Base Pearl Harbor-Hickam, Hawaii - Contracting office located in Kapolei, Hawaii

Description

Sources sought for Indoor Firing Range Modernization for Hawaii Air National Guard.

PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED REQUIREMENT.

This is a sources sought announcement seeking vendors that may be able to perform this requirement in order to support a competitive procurement.  Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

This is not a request for quotation or proposal. This notice is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. If a Request for Quotation (RFQ) is issued for this requirement, it will not be issued under this number. This synopsis is issued for the sole purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10.

The designated North American Industry Classification System (NAICS) Code is 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance, with a size standard in number of millions of dollars: $12.5. The Hawaii Air National Guard (HIANG) is conducting market research based on the following:

Inspect the existing roof, execute any necessary repairs, and apply protective materials to fully restore the roof surfaces. The contractor shall furnish and install six (6) rooftop-mounted HVAC package units (two per lane). The installation must include all associated ductwork, as well as supply and exhaust air handling systems engineered specifically for indoor firing range environments. Removal and disposal of all existing systems and equipment being replaced. Upgrading the facility's lighting to a new energy-efficient, dimmable LED system with centralized master controls. Replacing the existing target retrieval system with a new wireless, self-propelled, 360-degree turning target system across all 12 lanes (equal to, or greater than, Pulsar Target 300). Providing a new master control computer with a wireless tablet for synchronized control of all range equipment (equal to, or greater than, Pulsar Target 300). Quarterly maintenance inspections and repair for a base period of 12 months, plus four (4) 12-month option periods.

The existing facility is a prefabricated modular range system. All new equipment, including but not limited to the HVAC, lighting, and target systems, must be fully compatible and able to integrate seamlessly with the existing facility's infrastructure and control systems.

Responses submitted should include:

(1) Name and address of firm, phone/fax numbers, email address and point of contact;

(2) Unique Entity ID (UEI) Number and Commercial and Government Entity Program (CAGE) Code

(3) Type of small business, e.g., woman-owned, service-disabled veteran owned, small disadvantaged, etc.

(4) Firm's experience; and

(5) Firm's past performance with federal, state and local government agencies and/or commercial entities within the last three (3) years.  If applicable, also include GSA Contract number, multiple award schedule (MAS) category’s, and contract end date.

(6) Sources Sought Response Form Please respond to this sources sought announcement, by email, to the attention of Jonathan Weber, jonathan.weber.14@us.af.mil no later than 10:00 AM Hawaii Standard Time, 22 May 2026.

View original listing